City of Clayton. Specifications and Proposal Documents for RESIDENTIAL REFUSE/RECYCLE CURBSIDE COLLECTION & DISPOSAL

Size: px
Start display at page:

Download "City of Clayton. Specifications and Proposal Documents for RESIDENTIAL REFUSE/RECYCLE CURBSIDE COLLECTION & DISPOSAL"

Transcription

1 City of Clayton Specifications and Proposal Documents for RESIDENTIAL REFUSE/RECYCLE CURBSIDE COLLECTION & DISPOSAL CITY OF CLAYTON 6996 TAYWOOD ROAD ENGLEWOOD, OHIO PHONE: (937) FAX: (937) Due Date: Monday, March 25, 2019 at 10:00 AM Contact Information: Elaine Wittman, Assistant to the City Manager, (937) ext. 113, 0

2 TABLE OF CONTENTS CITY OF CLAYTON RESIDENTIAL REFUSE/RECYCLE CURBSIDE COLLECTION AND DISPOSAL Legal Advertisement 2 Check List 3 Invitation for Proposals 4 Instructions to Bidders 5 General Requirement & Specifications 8 Types of Residences for Collection 8 Schedule & Disposal 8 Receptacles 9 Conduct 9 Contractor Office or Facility 10 Complaints 10 Failure to Comply 10 Work Specifications 10 Taxes 10 Insurance 10 Vehicles & Equipment 11 Pro-Rated Adjustment 11 Tipping Fee 11 Law, Ordinances & Policies 12 Violation & Termination of Contract 12 Weather Events 13 Force Majeure 13 Experience 13 Contract Term and Renewal 14 Independent Contractor 14 Contract Amendment 14 Detailed Specifications 15 Garbage/Refuse Collection 15 Curbside Recycling Program 16 Bulk Waste Collection 17 Unacceptable/Hazardous Waste 17 Yard Waste 17 Leaf Collection 17 Municipal Services 18 Education 19 Vehicles & Equipment 19 Reporting Requirements 19 Billing 19 Contractor Compensation 20 Seasonal Suspension 21 Bid Form 1 22 Bid Form 2 27 Bid Form 3 32 Certificate of Non-Collusion 33 Certificate of Non-Discrimination 34 Affidavit of Eligibility 36 Delinquent Personal Property Taxes 38 1

3 CITY OF CLAYTON LEGAL ADVERTISEMENT Sealed bids will be opened by the City of Clayton for Residential Refuse/Recycle Curbside Collection & Disposal at 10:00am on March 25, Please reference or call (937) for more information. Advertise: Sunday, February 24 through Sunday, March 3,

4 CHECK LIST This checklist is provided to assure that all pertinent documentation is provided by the Bidder. This list is not inclusive and additional information on the bidder s qualifications will be accepted for consideration. 1. Bid Forms 1, 2 and 3 2. Bid Guaranty Bond, certified check, cashier s check or letter of credit in the amount of ten percent (10%) of the total bid. 3. Bid Performance Bond 4. Statement explaining the method of handling customer complaints and concerns 5. Proof of insurance 6. State License Number 7. Operating hours 8. Available educational opportunities 9. Non-collusion affidavit 10. Certificate of non-discrimination 11. Affidavit of eligibility of contract 12. Delinquent personal program taxes 3

5 INVITATION FOR PROPOSALS CITY OF CLAYTON RESIDENTIAL REFUSE/RECYCLE CURBSIDE COLLECTION AND DISPOSAL Sealed bids/proposals for Residential Refuse/Recycle Curbside Collection and Disposal will be received by the City of Clayton, in Council Chambers, 6996 Taywood Road, Englewood, OH 45322, until 10:00am E.S.T. on Monday, March 25, 2019 and at that time and place, publicly opened and read, for a five-year contract (commencing May 1, 2019 and ending June 30, 2024) for waste collection including the collection, removal and disposal of all waste materials from residences, municipal buildings and other public places. Also included is curbside recycling and yard waste disposal. The City of Clayton will have the exclusive unilateral right to extend the contract for one additional five-year term. Any bids received after this time and date will not be considered. Specifications are available at the above office Monday through Friday, from 7:30am to 4:30pm, and online at All bids must be sealed and marked in the upper left-hand corner, Residential Refuse/Recycle Curbside Collection and Disposal, and all bids received by mail must be plainly marked in the same manner and addressed to the City of Clayton, 6996 Taywood Road, Englewood, OH Each Proposal must contain the full name, address and phone number of the party or parties submitting the proposal. All contractors and subcontractors involved with the project will, to the extent practicable, use Ohio Products, materials, services and labor in the implementation of their project. Additionally, contractor compliance with the equal employment opportunity requirements of Ohio Administrative Code Chapter 123, the Governor's Executive Order of 1972, and Governor's Executive Order 84-9 shall be required. 4

6 INSTRUCTIONS TO BIDDERS CITY OF CLAYTON RESIDENTIAL REFUSE/RECYCLE CURBSIDE COLLECTION AND DISPOSAL 1. Bidders must submit a firm bid. 2. Each bid must be accompanied by a Bid Guaranty Bond for 10% of the total amount of the bid. The form is to be attached to these specifications and general requirements, with a certified check, cashier s check or letter of credit, payable to the City of Clayton, in the sum of 10% of the total amount of the bid. 3. Without limiting the indemnification provisions hereof, Contractor shall post a performance bond in favor of the City in the amount of 100% of the annual collection cost based on the contract price, indemnifying the City against all losses or expenses incurred by the City by reason of Contractor's failure to perform fully and completely all of its obligations under this Agreement. Such bond shall provide coverage for the term of this Agreement. Alternatively, if the bond has an initial term of less than the term of this Agreement, it will be renewed annually at least 90-days prior to expiration of the then-current term of the bond to afford coverage to the City for the entire term of this Agreement or any renewals or extensions thereof. Such bond shall be issued by underwriters of recognized financial standing authorized to do business in the State of Ohio. 4. All certified checks will be returned to the unsuccessful bidders as soon as the contract has been awarded and the successful bidder has properly secured the contract. 5. Each bid shall be sealed and addressed to the City of Clayton Finance Director and shall bear on its face the name of the bidder and statement, Residential Refuse/Recycle Curbside Collection & Disposal. 6. Bids by partnerships should include the names of the partners composing the partnership and must be signed by one or more of the partners in the following manner: John Jones and James Smith, d.b.a. Smith-Jones Company, by John Jones, a partner. Bids by corporations must be signed with the name of the corporation followed by the signature and designation of the president, vice-president or person authorized to bind the proposal. The names of other parties interested in the proposal must be listed. 7. The City of Clayton reserves the right to reject any or all bids or to accept any bid or bids or combination, or part of bids that may be deemed to be in the best interest of the members of the City of Clayton, Montgomery County, Ohio. 8. The Contractor shall indemnify and hold harmless the City of Clayton, its members, or any of its officers or agents, against any or all claims which may be an infringement of any patent right of its work hereunder. The said Contractor shall indemnify and hold harmless the City of Clayton, its members, or any of its officers or agents against and from all suits or actions brought against said City, its members or its officers or agents from damage and cost resulting from negligence or carelessness or otherwise in performance of said Contractor s obligations under this contract or from defective or improper appliance used in performance of the same. The Contractor agrees 5

7 to pay all damages, costs and expenses, including attorneys fees, of the City in defending any action arising out of acts or omissions in connection with this contract. 9. All bidders must use the Bidding Forms included in this set of specifications, although any bidder may supplement the Bidding Forms with additional information attached on separate pages. All bidders must complete bid forms for the City of Clayton. The bid bond or certified check must be attached with the Bidding Form. 10. Questions and inquiries concerning the bidding process shall be directed to the City of Clayton Assistant to the City Manager, Elaine Wittman. Questions shall be submitted in writing. 11. Bids received after the time specified in the advertisement may not be considered. 12. Erasures or corrections may invalidate a bid unless properly noted over the signature of the bidder. 13. Bids may not be withdrawn after their opening and shall remain valid for a period of ninety (90) days. 14. In case of default by the bidder or Contractor, the City of Clayton, or any of its members, may procure the articles or services from other sources without further advertising and may hold the bidder or Contractor responsible for any excess costs occasioned thereby. 15. Where unit prices are requested and there is a discrepancy in the total amount of the bid, the unit prices shall govern. 16. The City of Clayton is exempt from taxes and prices shall not include taxes. The City of Clayton members shall certify tax exemptions as required. 17. Unless otherwise stated by the bidder, the proposal will be considered as being in strict accordance with the specifications outlined in the Bid Document. Reference to the particular trade name, manufacturer s catalog or model number is made for descriptive purposes to guide the bidder in interpreting the requirement of the City. They should not be constructed as excluding proposals on other types of materials, equipment and supplies. However, the bidder, if awarded a contract, will be required to furnish the item referred to in the specifications or description unless a departure or substitution is clearly noted and described in the proposal that his bid has been accepted and that he has been awarded the contract. 18. A contract shall be awarded to the best overall bidder whose proposal complies with all the requirements prescribed. In no case will an award be made until all necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the contract. The successful bidder will be notified by letter mailed to the address shown on the proposal that the bid has been accepted and they have been awarded the contract. 19. The Contract shall be signed by the successful bidder and returned together with the Contract Bond and other contract documents within 10 days after the bidder has received notice that the Contract has been awarded. Failure to do so will constitute grounds for the City to consider 6

8 another bidder. No proposal shall be considered binding upon the City until the execution of the Contract. 20. The awarding criteria for this contract includes but is not limited to: a. Price b. Prior experience c. Enough equipment and personnel to provide service d. Adequate financial resources e. Operating hours f. Past performance in surrounding communities g. Bidder s capability h. Completeness of bid i. Compliance with bid conditions and specifications j. Optional service available 7

9 GENERAL REQUIREMENTS AND SPECIFICAITONS CITY OF CLAYTON RESIDENTIAL REFUSE/RECYCLE CURBSIDE COLLECTION AND DISPOSAL I. TYPES OF RESIDENCES FOR COLLECTION a. The intent of these general requirement and specifications is to provide an adequate collection and disposal system for the various residences within the City of Clayton. This collection and disposal system shall include the following: i. All single-family residences and all multiple family residences of 6 units or less per building and all multiple family residential units requiring dumpster service. Multiple family of 6 or more units have the option of using other dumpster service vendors. II. SCHEDULE & DISPOSAL a. The Contractor may collect on multiple days using a zone method of collection in geographic areas throughout the City. Zone proposals shall specifically address the number of days and zones to be utilized and shall discuss the use of a zone collection method and its large item pick-up and curbside recycling. Contractor shall provide the City with a detailed route map to be followed. This shall identify the weekday and approximate timeframe that all residential units will receive collection service. Normal collection time shall not begin before 7:00am and shall generally be completed by 5:00pm. b. Contractor shall be required to dispose of all garbage and refuse at the disposal site stipulated by the Director of the Montgomery County Department of Public Works/Solid Waste District and shall comply with all rules and regulations regarding its use. No exceptions, failure to dispose of City of Clayton garbage and refuse at designated site by the Director of Solid Waste will be grounds for termination of contract. c. Recyclables will be collected once every two weeks from residential units on the same day as Disposable Solid Waste. The number of receptacles for recyclables that the occupant(s) of such a residential unit can set out for collection is not limited. d. Contractor shall be responsible for complying with all requirements of the State of Ohio, the Montgomery County Garbage and Refuse Disposal District, and the City regarding the management and reuse of Recyclables. In addition, Contractor shall be responsible to assure beneficial reuse of all Recyclables collected (except for small amounts of refuse and/or nonrecyclable materials which may be included in the mix). e. Contractor shall not change the pre-specified Schedule without first obtaining, in writing, the approval by the Contract Administrator of the proposed schedule and the means by which Contractor shall inform all affected occupants of residential units receiving curb pick-up service, the property managers/owners of multiple- household residential units and government facilities of the change. f. Before Contractor's last collection vehicle leaves the City following completion of its route on collection day, the operator of that collection vehicle will make contact with the Contractor's local office to obtain any report of missed collection stops; if any missed collection stop was the fault of Contractor, Contractor will provide collection service to each such location immediately following notification and in all instances on the same day as such notification. In addition, if it is thereafter reported to Contractor by the occupant of the affected Residential Unit, the affected property manager/owner or the Contract 8

10 Administrator, that a scheduled collection has been missed, Contractor shall promptly investigate and, if verified, shall arrange for collection within 24-hours after the report was received. III. IV. RECEPTACLES a. Refuse/Waste i. Throughout the term of this Agreement Contractor shall make "toters", waste receptacles having approximately gallons of capacity with attached hinged covers and wheels, available for rental by the occupants of Residential Units that receive curb pick-up or carry out service. Contractor shall maintain and replace toters as necessary, and all toters shall be new when delivered initially to the Residential Unit and in either new or clean and equally serviceable condition when delivered to replace worn or damaged units. The occupant(s) of the residential unit (or the property manager/owner) shall be responsible for the rental charges assessed by the Contractor for use of toters. ii. For those customers who wish not to use a toter system, garbage and refuse must be placed in a suitable container, which include 32-gallon trash bags and 32 to 40-gallon metal or plastic garbage cans not to exceed 65 pounds total weight. b. Recycle i. At its own expense, Contractor shall provide all such Residential Units with one rigid receptacle for Recyclables having at least gallons of capacity. Where the volume of Recyclables generated from a Residential Unit exceeds the capacity of that receptacle, the Contractor will provide at its own expense enough additional receptacles to hold the Recyclables generated by the subject Residential Unit. All such receptacles shall be in a color approved by the City and clearly marked with a recycling symbol. Contractor shall replace at its own expense any receptacle damaged through the fault or negligence of the Contractor. c. All receptacles or conveyances used by the Contractor for collection and removal of garbage refuse, recyclable material and yard waste shall be kept clean and sanitary. Contractor shall place all lids back on containers or receptacles and shall not damage those containers or receptacles. Contractor shall not leave any spillage. In case it shall appear at any time that the work or any part thereof is not being properly done, the same shall be immediately corrected upon demand of the City of Clayton, or authorized designee, but no omission on the part of the City to call attention of such defect shall be held to be a waiver of said right to do so. CONDUCT a. Each bidder must satisfy by their own observation as to the quality of work to be done and must bid to collect, remove, and dispose of all garbage and refuse during the life of the contract. b. The Contractor shall at all times use such appliances and employ such or so many individuals for the performance of all operations connected with the work embraced under these specifications as will secure a satisfactory rate of progress and quality of work. c. No improper or abusive language or unacceptable or improper conduct including but not limited to obscene gestures, should at any time be exhibited to the public by Contractor s employees or such offender will be removed from the City s route by the Contractor or upon request by City of Clayton. 9

11 V. CONTRATOR OFFICE OR FACILITY a. The Contractor shall maintain a local office or facility, not necessarily within the City, through which contact can be made. Such office shall be equipped with adequate telephone communications, shall have at least one responsible person in charge and present during collection hours and shall be open during all collection hours. b. Before distributing written communication to Customers regarding services to be performed pursuant to this Agreement or related matters, Contractor shall submit the purposed communication to the City for approval that shall not be unreasonably withheld. VI. VII. VIII. IX. COMPLAINTS a. The Contractor shall receive and respond to all complaints regarding services provided under this contract. The Contractor guarantees a response to such complaints within 24-hours; the City will have the right to demand an explanation or resolution to its satisfaction. b. The Contractor shall supply a statement explaining the method of handling customer complaints and concerns. FAILURE TO COMPLY a. In case of failure of the Contractor to comply in any respect with the specifications or to the contract, the City of Clayton, or authorized designee, shall have the right and power and is authorized to provide for the collections, removal and disposal of garbage, refuse, recyclable and all yard waste material which the Contractor has failed to collect, remove and dispose of and to charge the expense thereof to the Contractor, including loss of revenue on recyclable and or yard waste material, if any. b. The Contractor agrees not to assign this contract or any interest in the same except with the written consent of the City of Clayton. If the Contractor should fail to perform the services required by this agreement and the City finds that the Contractor is not performing the terms of the contract in good faith, then, upon written notices, and said contract shall cease, become null and void. City of Clayton may direct the Finance Director to re-advertise for bids to complete the contract and to commence lawsuit for breach of said contract. WORK SPECIFICATIONS a. All work shall be done under the direction of the City of Clayton, and all details of such work as are not herein particularly specified shall be done in a manner acceptable to them. This authority shall be corrective only and not supervisory in nature. All labor and equipment necessary to carry out the provisions of these specifications shall be furnished by the Contractor. Any or all vehicles used for collections may be subject to a safety inspection by the local Police Departments and/or Montgomery County Combined Health District. Failure to pass any inspection shall result in the removal of the vehicle from service until correction or repair is made. b. All parts of these specifications are intended to be explanatory of each other but in case of misunderstanding or doubt, interpretation of the City of Clayton shall be final. TAXES a. The successful bidder shall at the time of signing of the agreement/contract comply with Section of The Ohio Revised Code, CONTRACTOR TO SUBMIT STATEMENT AS TO DELINQUENT TAXES; INCORPORATION to the City of Clayton. 10

12 X. INSURANCE a. The Contractor shall be required to maintain a public liability/personal injury insurance policy and a property damage insurance policy, both of which shall name the City of Clayton, and its members, as an additional insured, covering any and all claims which may arise from the work to be performed in accordance with this agreement. The Contractor shall obtain and maintain such insurance and shall require any of its subcontractors performing work required by this agreement to do the same in order to protect themselves and the City from all claim for damages for personal injury, including accidental death, as well as from claims for damage to property which may arise from the operations required by the Contractor or by any subcontractor or by anyone directly or indirectly employed by either of them. The amount of insurance shall be in the amount of $500, coverage for property damage and $1,000,000.00/$3,000, coverage for personal injury. The Contractor agrees to furnish the City certificates of insurance or other evidence satisfactory to the City to the effect that such insurance has been procured and is in force at the time contract is signed. The certificates shall contain the following expressed obligation: i. This is to certify that the policies of insurance described herein have been issued to the insured for whom this certificate is executed and are in force at the time naming the City of Clayton, and its members as additional insured. In the event of cancellation or material change in a policy affecting the certificate holder, thirty (30) days prior written notice will be given the certificate holder. : b. Worker's Compensation -- Statutory amounts as required under Ohio law; before commencing work under this Agreement, Contractor must provide the City with satisfactory documentation of such insurance. Contractor shall make all premium payments timely to maintain such protection in full force and effect during the term of this Agreement. XI. XII. XIII. VEHICLES & EQUIPMENT a. All bids submitted shall be on the basis of using packer-type trucks specifically designed for the collection and disposal of garbage and refuse and specialized equipment and vehicles as needed to handle co-mingled recyclable material and yard waste. If possible, said trucks, specialized equipment and vehicles shall be identified with appropriate signage. PRO RATED ADJUSTMENT a. The contract shall be subject to a pro-rated adjustment based on the number of residences added or subtracted during the term of this agreement. The adjustment will be based on the price per residence. TIPPING FEE DISPOSAL COSTS a. The Contractor shall be responsible for payment of all tipping fee disposal costs and all other fees or charges of any nature or description payable to the County of Montgomery, Ohio, for the disposal by incineration or any other method, of the garbage, trash and allied materials collected under the terms and limits of this contract. b. The Contractor may pass through any increase and shall pass through any decrease in tipping fee disposal costs that occur after commencement of this contract. Prior to any pass through of these costs, Contractor shall notify the City of Clayton Members of the amount of such increase or decrease, its intent to pass through increased costs or apply a decreased cost, and the method of passing through the costs. Subject to enough notice to the City of Clayton, the City shall approve the pass through of increased tipping fee disposal costs, after which those costs may be passed through. 11

13 c. Upon request of the City, Contractor will produce weigh tickets and proof of payment to any Approved Disposal or processing facility being utilized. Contractor shall retain all original records showing the waste tonnage disposed by Contractor under this agreement at the County s Solid Waste Disposal Facility (e.g. slips showing weight of per truck load). XIV. XV. LAWS, ORDINANCES & POLICIES a. This agreement shall be governed by the laws of the State of Ohio. b. Contractor agrees to comply with all Federal and State statutes relating to liability and pollution insurance, worker s compensation, working hours, minimum wage, and provisions against discriminating throughout the life of the contract. c. Contractor shall adhere to all laws, ordinances, and other policies that pertain to actions performed for and in the City of Clayton. d. Contractor shall obtain all licenses and permits required by the City of Clayton VIOLATIONS & TERMINATION OF CONTRACT a. If the City determines that the work is not being performed in a satisfactory manner, it shall provide written notice by registered or certified mail to the Contractor. The Contractor shall then have 30 calendar days to cure any reported violations. Failure to cure violations within the thirty-day period shall be deemed a default by the Contractor and result in the termination of this agreement. Excessive complaints or failure to rectify the source of such complaints will be grounds for revocation of the contract. b. The City reserves the right to terminate this contract immediately upon written notice by registered or certified mail to the Contractor if the Contractor is adjudged as bankrupt, makes a general assignment for the benefit of its creditors, has a receiver appointed on account of its insolvency or Contractor is unable or unwilling to provide the services required of this agreement due to closure or lack of accessible landfills, labor disputes or any other action that prevents delivery of services. c. In case of default by the Contractor, the City may procure the articles of services from other sources without further advertising and may hold the Contractor responsible for any excess cost occasioned thereby. d. The parties agree that in the event Contractor breaches the requirement herein regarding disposal of Disposable Solid Waste subject to this agreement at an approved facility, the amount of actual damages to the City will be difficult to measure. For each month in which such a breach occurs Contractor will pay to the City the following stipulated amount of damages in lieu of calculating actual damages and not as a penalty. $3,000 plus the reasonable attorneys fees and expenses that the City may incur as a consequence of such breach. e. Without prejudice to the right of the City of Clayton to terminate this Agreement for material breaches not enumerated herein, the following shall constitute events of default entitling the City to terminate for cause: i. Contractor s bankruptcy, receivership, or trusteeship. ii. Contractor s assignment of this Agreement or employment of a subcontractor (without the approval of the City) for performance hereunder. iii. During performance hereunder, Contractor without the express written approval of the City, combines waste collected from residential units within the City with waste collected from any other source. iv. Contractor s failure to carry the insurance and bond required hereunder. 12

14 v. Contractor s failure to dispose of all Disposable Solid Waste collected under this Agreement at an Approved Disposal or Processing Facility. vi. Failure by Contractor to adhere to all requirements of this Agreement regarding the proper operation of collection vehicles and training and licensing of collection vehicle drivers. vii. A labor strike, job action and/or lockout that prevents Contractor s performance of its obligations under this Agreement. f. In the event that collection service under this Agreement for Disposable Solid Waste and Recyclables is interrupted to Residential Units for more than 3 consecutive days for which such collection is scheduled, considering all Residential Units as a whole rather than based on service to any particular Residential Unit, the City may terminate this Agreement forthwith and obtain remedies for non-performance. g. In the event that Contractor defaults or neglects to perform collections in an orderly manner as specified herein, or at the scheduled time for collections, or otherwise fails to perform any other obligation hereunder, and provided such failure is not due to an event of Force Majeure as defined herein, the City may, at is option, arrange for substitute performance and Contractor shall be responsible for any costs incurred by the City in obtaining and utilizing such substitute services. In addition, in the circumstances described in the previous sentence the City may, upon five days written notice to Contractor, call all bonds that have been posted by Contractor pursuant to this Agreement. XVI. XVII. WEATHER EVENTS a. In the event that the Contractor is unable to perform collections due to serious weather events, such as a snow emergency, the Contractor may be temporarily excused from performance so long as the Contractor: i. Notifies the City at least 2 hours prior to the first scheduled pickup that will be missed that it is unable to perform collections due to weather; ii. Provides a mutually agreeable plan for making up for scheduled collections missed due to weather (for example, scheduling collections on a later date); and follows through with the plan for making up the scheduled collections missed. b. Where collections shall be interrupted by seven 7 days or less due to weather, the weather event at issue shall not be considered a Force Majeure event. FORCE MAJEURE a. If Contractor believes that it is being or will be prevented or hindered in the performance of any of the terms, covenants or conditions of this Agreement by reasons beyond its control, including without limitation fire, flood, riot, military or usurped power, sabotage, any action taken by any governmental authority which, without fault on the part of Contractor, prevents or hinders the performance by Contractor of its obligations hereunder, or act of God, whether similar or dissimilar to those reasons enumerated in this section, the Contractor, by written notice to the City may declare an event of Force Majeure hereunder, and, to the extent and for the period that such performance is prevented or hindered by such condition or event, Contractor shall be excused from the performance of such term, covenant or condition. In the event of such excused non-performance, Contractor will promptly notify the City of the services it cannot perform, but nonetheless will use its best efforts to conform as closely as reasonably possible to the specifications hereunder. Should an event of Force Majeure occur, the City shall have the right, following written notice to Contractor, to obtain substitute performance and other measures to remedy. Contractor s delays in performance or any other 13

15 departure from the terms of this Agreement. Labor strike, job action, and/or lockout, or failures of equipment or materials, or by suppliers are not events of Force Majeure. Contractor s declaration of an event of Force Majeure is not binding on the City. XVIII. XIX. XX. XXI. EXPERIENCE a. The City reserves the right to require the bidder to present satisfactory evidence that it has been regularly engaged in the business of solid waste removal (including recycling and yard waste disposal), previous to the bidding of the contract. The City also reserves the right to require the bidder to present satisfactory evidence that he is fully prepared with the necessary capital, material, insurance, machinery, and equipment to conduct the work to be contracted to the satisfaction of the City of Clayton and to begin promptly when so ordered after contract is awarded. CONTRACT TERM & RENEWAL a. Any agreement/contract entered into by the City of Clayton, or its members, shall be for a period of 5-years and 2-months, with a 14-month duration for the first year s contract, and option to renew the contract for one additional 5-year term. Among the factors the City will consider in its decision to exercise the renewal option with the Contractor will be the price of the services and the performance of the Contractor. Contractor shall submit a price for extension of service 90 days prior to the expiration of contract. INDEPENDENT CONTRACTOR a. Contractor shall perform all work and services described herein as an independent contractor and not as an officer, agent, servant or employee of the City. Contractor shall have exclusive control of and the exclusive right to control the details of the services performed hereunder and all persons performing same. Contractor shall be solely responsible for acts and omissions of its officers, agents, employees and subcontractors (if any). Nothing herein shall be construed as creating a partnership or joint enterprise between the City, on the one hand, and the Contractor, on the other. CONTRACT AMENDMENT a. This agreement may be amended by written mutual consent of both parties to this agreement. 14

16 DETAILED SPECIFICATIONS CITY OF CLAYTON RESIDENTIAL REFUSE/RECYCLE CURBSIDE COLLECTION AND DISPOSAL According to the most current estimate of the City of Clayton, the total number of eligible accounts for collection service is approximately 4,569 with approximately 4,395 total active accounts. All new accounts added to the collection service will be based on price bid per unit. I. GARBAGE/REFUSE COLLECTION a. Collection shall be made once a week, on a designated day, at the curb, edge of street right-of-way, or at rear of property where applicable, unless otherwise agreed to between Contractor and Customer. b. Carry-Out Service - The Contractor shall provide, as a Customer option, carry-out service whereby the Contractor agrees to carry-out the Customer s trash and recyclables from a designated location agreed to by the Customer and Contractor. The Contractor shall not unreasonably refuse the Customer s requested location. The Contractor is not required to provide carry-out service to properties that pose hazards to Contractor s personnel. i. To receive Carry-Out Service, the Customer must supply a doctor s note stating that the service is medically necessary. The City has approximately 27 Customers with Carry-Out Service. c. All containers must be regulation 90 to 100-gallon toter or other suitable containers, which include metal or plastic trashcans or plastic bags. If a Customer has garbage or refuse in excess of 90-gallons, the Contractor shall pick it up if such garbage or refuse is placed in a suitable container and left next to the toter. d. Customers must drain and wrap all garbage. Separation of trash and garbage shall not be required. e. Hot ashes will not be accepted. f. All items for collections must be placed at the point of collection no later than 6:30am on the day of collection. g. Bidders shall state clearly its policy for collections on holidays that shall be considered in determining the lowest and best bid. h. Oil drums, barrels, and other large containers will not be acceptable as refuse containers. These items will be removed as trash and not returned. i. Seasonal suspension of service-where a single-household residential unit will be unoccupied for a period of no less than four weeks, the occupant(s) therefore may contact the City to request seasonal suspension of collection service under this agreement. The City will notify the Contractor in writing of the duration of such seasonal suspension, which may not be less than four weeks or more than sixteen weeks. i. At the end of the seasonal suspension, the Contractor will resume collections service to the customer without further action by either the occupant(s) or the City. The Contractor will not impose any charge on either the City or the customer during or as consequence of such seasonal suspension of service under this agreement. The occupant(s) of a singlehousehold is entitled to such seasonal suspension of service as described herein, once each year during the term of this agreement. 15

17 II. CURBSIDE RECYCLING PROGRAM The Contractor shall provide the following recycling services: a. Collect and remove all co-mingled recyclable material once every two-weeks on the regular collection day from all residences. b. At its own expense, Contractor shall provide all such Residential Units with one rigid receptacle for Recyclables having at least 90 gallons of capacity. Where the volume of Recyclables generated from a Residential Unit exceeds the capacity of that receptacle, the Contractor will provide at its own expense enough additional receptacles to hold the Recyclables generated by the subject Residential Unit. All such receptacles shall be in a color approved by the City and clearly marked with a recycling symbol. Contractor shall replace at its own expense any receptacle damaged through the fault or negligence of the Contractor. c. Below is a list of acceptable and non-acceptable recyclable items: i. Plastics: Milk containers, soft drink bottles, water bottles and shampoo bottles, provided they display the recycling logo with the number 1 or 2. The Customer shall remove all caps and lids and crush the container. 1. Not Accepted: Wide mouth containers such as margarine bowls or whipped topping containers, plastic toys, laundry baskets, Styrofoam, polystyrene, motor oil jugs, driveway sealer buckets, garden hoses and plastic flower trays. ii. Glass: All glass food and drink containers and jars (colored or clear). The customer shall discard caps and rinse out the containers and jars. Labels do not have to be removed. 1. Not Accepted: Window glass, mirrors, light bulbs, drinking glasses or ovenware, laboratory beakers, household hazardous waste containers and dishes. iii. Steel Food and Beverage Cans: aluminum and bi-metal cans, steel soup and food cans and aerosol cans. 1. Not Accepted: Pots, pans, scrap metal, coat hangers, tin foil, fencing, furniture, automobile wheels, aluminum lawn chairs, aluminum siding. iv. Paper: All newspapers, including all inserts. Newspapers shall be placed in paper bags by the Customer. Also, poly-coated paperboard such as milk cartons, refrigerated juice cartons (including those with plastic tops), any food or beverage container with a gable top and brick shaped drink boxes. 1. Not Accepted: Frozen food cartons, cardboard, wax coated products, magazines, phone books, and frozen juice concentrate containers. d. Contractor shall be responsible for complying with all requirements of the State of Ohio, the Montgomery County Garbage and Refuse Disposal District, and the City of Clayton regarding the management and reuse of recyclables. In addition, Contractor shall be responsible to assure beneficial reuse of all Recyclables collected pursuant to this agreement (except for certifiable small amounts of refuse and/or non- recyclable materials which may be included in the mix). Contractor s diversion of Recyclables to a disposal site (i.e., landfill, incinerator, etc.) rather than to a market for beneficial reuse is a material breach of this Agreement. Provided Contractor submits to the City a notarized statement indicating that for a period of at least 90 consecutive days the cost to transport and process a given type of recyclable material for beneficial reuse has exceeded the cost to transport and dispose of that recyclable material. Contractor s obligation to assure beneficial reuse is suspended with respect to the subject recyclable material (but not with 16

18 respect to any other recyclable material). Thereafter, Contractor will advise the City at intervals of 60 days whether the cost to transport and subject recyclable material continues to exceed the cost of transportation and disposal of that recyclable material. When the cost to transport and process the subject re-recyclable material for beneficial reuse is no longer greater than the cost of transportation and disposal thereof, the Contractor s obligation to assure beneficial reuse of that recyclable material will resume. III. IV. BULK WASTE a. Large items such as appliances, hot water heaters, carpet and padding, mattresses and box springs, Christmas trees, fencing, furniture, child play equipment, on site construction materials (household generated only) and other articles of similar nature, shall be picked up once a month on the scheduled pick-up day. Customers must inform Contractor 48 hours in advance if they wish to have the Contractor pick up a large item. All items for pick-up must be placed at the curb or street edge by the property owner. Once per month large item pickup with reasonable limitation - shall be defined as no more than three (3) items of waste generated from the customer s residence/small business, shall be picked up at no additional cost to the customer. b. Fabric items such as couches, chairs, mattresses and the like must be fully wrapped in plastic by the Customer for the Contractor to pick-up the item. c. Appliances containing chlorofluorocarbon (CFC) shall not be considered Bulk Waste for collection unless the CFC is removed by a certified technician and the certificate of removal is attached to the item. d. Any bulk waste item placed out for collection but not collected shall be tagged by the Contractor to indicate the reason why the item was not collected. UNACCEPTABLE / HAZARDOUS WASTE a. Unacceptable Waste means hazardous and infectious waste, explosives, foundry sand, hot ash, sewage, septic or other human waste, animal carcasses, motor vehicles, agricultural and farm machinery and equipment, other large machinery or equipment (excluding Bulk Waste as defined), liquid waste, construction and demolition debris (excluding Bulk Waste as defined), discarded tires and parts from automobiles and trucks (excluding Bulk Waste as defined), appliances containing CFC, paint, oils and batteries. V. YARD WASTE a. At no additional cost, Contractor shall provide collection of yard waste on the regular collection day on a year-round basis. Yard waste either be must be bundled and tied in segments no longer than 4 feet in length or in standard plastic or paper bags with a capacity not to exceed 35-gallons and thickness of not less than 1.5 mils that the Customer will provide. b. Contractor is not required to separately collect yard waste provided such collection is in all respects performed in compliance with any and all applicable government laws, rules and regulations. VI. LEAF COLLECTION a. For the period October 15 through December 15 of each year (or portion thereof) that this Agreement is in effect the Contractor must collect from each Residential Unit within the City on the regular collection day during the period identified, all leaves that have been 17

19 set out for collection in standard plastic bags with a capacity not to exceed 35-gallons and thickness of not less than 1.5 mils that the Customer will provide. VII. MUNICIPAL SERVICE a. At no additional cost to the City, Contractor shall collect on a weekly basis all disposable solid waste, recyclables and bulk waste from offices and other facilities (hereinafter "government facilities") of the City, as specified below and may, from time-to-time, change. For purposes of such collection, Contractor shall at its own expense furnish to each such government facility either containerized units or toters, as determined by the City. Contractor shall maintain such containerized units and toters in good mechanical and sanitary condition, and the containerized units and toters shall remain the property of Contractor. In addition, Contractor shall at its own expense supply each government facility with rigid receptacles for recyclables sufficient in number to hold the recyclables generated weekly by the government facility. Such receptacles shall remain Contractor's property and the Contractor shall replace at its own expense any receptacle damaged through the fault or negligence of the Contractor. The following is the list of such government facilities and the type of service required as of the effective date of this Agreement: Facility Address/Description Quantity/Size Frequency Clayton Government Center 6 Cubic Yards Weekly 6996 Taywood Road Fire Station 83 6 Cubic Yards Weekly 200 Woolery Lane Fire Station 84 (2) gallon Weekly 5971 West Wenger Road toters Janice Ward Center 4 Cubic Yards Weekly 235 East Salem Street Park / Open Space: Quantity/Size Frequency Hardscrabble Park 6 Cubic Yards Weekly 100 Mill St Meadowbrook at Clayton 6 Cubic Yards 2-times per Week 6001 Salem Ave Further, at no additional cost to the City, Contractor shall supply to the City for use at community functions/events throughout the term of this Agreement, up to 12 thirty-yard dumpsters per year and, if requested, provide collection and disposal services therefore. Also, in three intervals annually and upon request from the City, the Contractor shall supply a total of six 15-yard tarped dumpsters. City will provide at least 30 days notice to Contractor prior to each community function/event for which dumpsters and/or collection and disposal services will be required. 18

20 VIII. IX. EDUCATION a. The Contractor will designate, on letterhead to be attached to the bid proposal, what educational opportunities it will provide to City of Clayton property owners and community groups. b. The Contractor shall develop and distribute a comprehensive brochure explaining how each aspect of its services will be provided, including but not limited to, low volume service, large item pick-up, toter system rental, curbside recycling and yard waste programs, holiday information, etc. c. Contractor will agree to pay the City $1, no later than January 31, each year this Agreement is in effect to defray costs associated with education of the public of the recycling program. VEHICLE & EQUIPMENT a. When making collection from Residential Units, Contractor shall not, except upon written authorization otherwise from the City, use any trucks exceeding either a 25 cubicyard tandem axle capacity or 80,000 pounds GVW. b. To keep the structural integrity of the alleys in the City, trucks under 12.5 tons must be used in collection of the following allies: i. Lisa Lee Lane (6 households) ii. East Mill Street (6 households) iii. Ally between Water Street and Talmadge Road (6 households) iv. Ally between Mill Street and W Salem Street (3 households) v. Hacker Road privately owned - Beasley Lane (3 households) The Contractor may choose whether the trash/recycling is collected, from the allies named above, to coincide with the typical scheduled route for the area or schedule a day specifically for all 12.5 ton or under collections in the City. The Contractor shall notify the Customers and the City of the option chosen. X. REPORTING REQUIREMENTS a. The Contractor shall keep records and submit reports to comply with the Montgomery County Solid Waste District Reporting Requirements. These reports will serve to apprise the City of the status of recycling and the yard waste composting activities and expenditures. b. Reporting requirements include: i. Quarterly Project Status Report. The Contractor shall provide quarterly status reports. These reports shall be due within 15 days of the close of the quarter being reported. ii. Annual Reports. The Contractor shall provide year-end annual reports for each year the project is in operation. These reports will be due within 30 days of the end of the reporting year. XI. BILLING SERVICE & BILLING RELATED PROCEDURES a. The bids provided on Bid Forms 1a-e, by the Contractor, shall reflect the City s responsibility for the issuance and collection of periodic billing for the services provided to residential units under this Agreement. i. At the commencement date, the Customers to which Contractor will provide the services required by this Agreement are those identified in the most current Roster of Occupied Residential Dwellings for the City, which provides the address of 19

21 each residential unit and the category of service to be provided. Updated Rosters of Occupied Residential Dwellings will be provided to Contractor at least once each 6 months. ii. Thereafter and for the duration of this Agreement: 1. The City shall promptly notify the Contractor of new customers to be serviced. (e.g., new construction, new tenancy, etc.). Existing Customers to be deleted (e.g., vacancy or code enforcement, eminent domain or other circumstances). 2. The Contractor will promptly notify the City of any Customer, including a multiple-household dwelling, that is not identified in the rosters but is receiving service under this Agreement, as well as any residential unit that is identified in the rosters but has not taken service hereunder for 4 consecutive collection days (with the exception of customers with respect to which seasonal suspension of service has been requested, as described below). Payment to the Contractor for services under this Agreement will be prorated according to the actual use and occupancy of the subject customer. 3. The City reserves the right to correct any error regarding billing and payment for services under this Agreement. In the event the City pays the Contractor in error for any reason whatsoever the Contractor shall notify the City in writing within 30 days of discovery of the erroneous payment. Upon the determination of any overpayment, the City will verify the error and make an appropriate adjustment to the next payment due to the Contractor. At the termination of this Agreement, the City may, in their discretion, withhold up to 10 percent of any amounts then due to Contractor for up to 60 days to determine whether any erroneous payments require correction. Failure to withhold such payments is not in any way a waiver of the City s rights under the laws of the State of Ohio to recoup erroneous payments made to Contractor. b. The bids provided on Bid Forms 2a-e, the service of advance quarterly billing and collection of all the customers in the City for regular and other related services, including optional services, on a form approved by the City. i. If billing service is accepted by the City from the Contractor, the Contractor will notify the City of any delinquent payment on accounts that exceed three quarters. ii. The Contractor shall not cease to provide residential refuse/recycle curbside collection and disposal to delinquent accounts. The City will reimburse the Contractor for any bad debts that exceed three quarters by following the Contractor Compensation outlined in this Agreement. iii. The City will provide, if different from the bid price for each service, a residential customer price list which shall be used to determine the amount charged to each residential customer. Any difference between the bid price and the customer price will be remitted to the City within 30 days of the billing cycle. iv. Such billing service may be terminated by the City upon 90 days notice to the Contractor. XII. CONTRACTOR COMPENSATION a. The City shall compensate the Contractor in accordance with the billing procedures described in this Agreement and the prices specified in the Bid Form, which is attached 20

INVITATION TO BID COLLECTION AND DISPOSAL OF SOLID WASTE AND BULK TRASH FOR THE TOWN OF THURMONT, MARYLAND CONTRACT NO. T-16-1

INVITATION TO BID COLLECTION AND DISPOSAL OF SOLID WASTE AND BULK TRASH FOR THE TOWN OF THURMONT, MARYLAND CONTRACT NO. T-16-1 INVITATION TO BID COLLECTION AND DISPOSAL OF SOLID WASTE AND BULK TRASH FOR THE TOWN OF THURMONT, MARYLAND CONTRACT NO. T-16-1 Sealed proposals will be received by the Commissioners of Thurmont, 615 East

More information

Northbridge Board of Health Code of Regulations

Northbridge Board of Health Code of Regulations 201-17. Permitting and operation of commercial, residential and municipal solid waste and recyclable materials collection. [Amended 5-16-2001, effective 5-30- 2001; Amended 10-24-2011; Effective 12-1-2011]

More information

PROJECT MANUAL Residential Solid Waste, Trash, Recycling and Yard Waste Collections

PROJECT MANUAL Residential Solid Waste, Trash, Recycling and Yard Waste Collections PROJECT MANUAL 2018-2020 Residential Solid Waste, Trash, Recycling and Yard Waste Collections. This Proposal to be Publicly Opened and Read: May 2, 2018 Dated: April 4, 2018 Page 1 of 12 Subject: City

More information

Notice of Solicitation Request for Proposals for Solid Waste Collection

Notice of Solicitation Request for Proposals for Solid Waste Collection City of Davison 200 E. Flint Street Davison, MI 48423 Notice of Solicitation Request for Proposals for Solid Waste Collection The City of Davison is accepting statements of qualifications from qualified

More information

Town of Georgetown Request for Quotations Residential Waste Collection

Town of Georgetown Request for Quotations Residential Waste Collection Town of Georgetown Request for Quotations Residential Waste Collection May 19, 2016 INVITATION TO BID Sealed bids for Residential Waste Collection for the Town of Georgetown, Delaware will be received

More information

REFUSE AND RECYCLING COLLECTION CONTRACT

REFUSE AND RECYCLING COLLECTION CONTRACT REFUSE AND RECYCLING COLLECTION CONTRACT This contract is effective as of July 1, 2012, between Waste Management of Minnesota, Inc, hereinafter called Contractor and the City of Lake Crystal, hereinafter

More information

REQUEST FOR PROPOSALS TRASH AND RECYCLABLES COLLECTION CITY OF JONESVILLE, MICHIGAN

REQUEST FOR PROPOSALS TRASH AND RECYCLABLES COLLECTION CITY OF JONESVILLE, MICHIGAN REQUEST FOR PROPOSALS TRASH AND RECYCLABLES COLLECTION CITY OF JONESVILLE, MICHIGAN 1. Introduction The City of Jonesville, Michigan (City) is soliciting proposals from qualified contractors for the provision

More information

REQUEST FOR PROPOSALS SOLID WASTE & RECYCLING COLLECTION SERVICES FOR RESIDENTIAL & COMMERCIAL CUSTOMERS

REQUEST FOR PROPOSALS SOLID WASTE & RECYCLING COLLECTION SERVICES FOR RESIDENTIAL & COMMERCIAL CUSTOMERS REQUEST FOR PROPOSALS SOLID WASTE & RECYCLING COLLECTION SERVICES FOR RESIDENTIAL & COMMERCIAL CUSTOMERS Tuesday, October 10, 2017 City of Oxford, North Carolina 300 Williamsboro Street xford NC 27565

More information

Information Sheet Effective October 1, The Bill Goes Out The of Each Month

Information Sheet Effective October 1, The Bill Goes Out The of Each Month Rev. Date: 10/01/2016 UTILITY SERVICES INFORMATION SHEET 1065 Ridgewood Avenue, Holly Hill, Florida 32117 Phone: (386) 248-9432 Fax: (386) 248-9458 Web: hollyhillfl.org Email: Customerservice@hollyhillfl.org

More information

REQUEST FOR PROPOSALS BID SPECIFICATIONS FOR WASTE AND RECYCLING SERVICE

REQUEST FOR PROPOSALS BID SPECIFICATIONS FOR WASTE AND RECYCLING SERVICE REQUEST FOR PROPOSALS BID SPECIFICATIONS FOR WASTE AND RECYCLING SERVICE I. INTENT OF PROPOSAL The City of Alexandria is soliciting written bids from qualified private contractors to perform curbside refuse

More information

Information Sheet Effective October 1, The Bill Goes Out The of Each Month

Information Sheet Effective October 1, The Bill Goes Out The of Each Month Rev. Date: 10/01/2016 UTILITY SERVICES INFORMATION SHEET 1065 Ridgewood Avenue, Holly Hill, Florida 32117 Phone: (386) 248-9432 Fax: (386) 248-9458 Web: hollyhillfl.org Email: ub@hollyhillfl.org Waste

More information

TOWN OF MANCHESTER, CONNECTICUT SANITATION DIVISION TRANSFER STATION RULES AND REGULATIONS - RESIDENTS

TOWN OF MANCHESTER, CONNECTICUT SANITATION DIVISION TRANSFER STATION RULES AND REGULATIONS - RESIDENTS TOWN OF MANCHESTER, CONNECTICUT SANITATION DIVISION TRANSFER STATION RULES AND REGULATIONS - RESIDENTS These rules and regulations for the operation of the Town of Manchester s Landfill and Transfer Station

More information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information

REQUEST FOR BIDS. For RESIDENTIAL SOLID WASTE COLLECTION

REQUEST FOR BIDS. For RESIDENTIAL SOLID WASTE COLLECTION REQUEST FOR BIDS For RESIDENTIAL SOLID WASTE COLLECTION Bids are currently being solicited by the Talladega County Commission for curbside collection of municipal residential solid waste in the unincorporated

More information

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION] P.O. Number [INSTRUCTIONS FOR COMPLETING THIS FORM ARE IN ITALICS AND BRACKETS. PLEASE COMPLETE EVERY FIELD AND DELETE ALL INSTRUCTIONS INCLUDING THE BRACKETS.] STATE OF MINNESOTA MINNESOTA STATE COLLEGES

More information

AGREEMENT FOR RECYCLABLE MATERIALS PROCESSING SERVICES

AGREEMENT FOR RECYCLABLE MATERIALS PROCESSING SERVICES AGREEMENT FOR RECYCLABLE MATERIALS PROCESSING SERVICES THIS AGREEMENT made and entered into at Stillwater, Oklahoma, on the day of April 2017, by and between the STILLWATER UTILITIES AUTHORITY and CEDAR

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

COMMONWEALTH OF KENTUCKY CITY OF LA GRANGE RESOLUTION NO

COMMONWEALTH OF KENTUCKY CITY OF LA GRANGE RESOLUTION NO COMMONWEALTH OF KENTUCKY CITY OF LA GRANGE RESOLUTION NO. 7-2015 A RESOLUTION PROVIDING FOR A CONTRACT EXTENSION FOR COLLECTION AND DISPOSAL OF GARBAGE, TRASH AND DEBRIS WITHIN THE CITY OF LA GRANGE, KENTUCKY

More information

P u b l i c N o t i c e F r a n c h i s e A w a r d. Ocean Pines Association, Inc. Ocean Pines, Maryland

P u b l i c N o t i c e F r a n c h i s e A w a r d. Ocean Pines Association, Inc. Ocean Pines, Maryland P u b l i c N o t i c e F r a n c h i s e A w a r d R efuse and Recycling C o l l ection Ocean Pines Association, Inc. Ocean Pines, Maryland Bids for the award of an exclusive three-year franchise to collect

More information

2018 WASTE REMOVAL SERVICES CONTRACT

2018 WASTE REMOVAL SERVICES CONTRACT 2018 WASTE REMOVAL SERVICES CONTRACT Contact and Property Information Customer Name: Property Address: 500 Crestridge Avenue, Colorado Springs, CO 80906 CFO@sziawaste.com scheduling@sziawaste.com 720.473.2608

More information

SECTION III: SAMPLE CONTRACT AGREEMENT FOR SERVICES

SECTION III: SAMPLE CONTRACT AGREEMENT FOR SERVICES SECTION III: SAMPLE CONTRACT AGREEMENT FOR SERVICES THIS AGREEMENT made and entered by and between the City of Placerville, a political subdivision of the State of California (hereinafter referred to as

More information

REQUEST FOR PROPOSALS FOR CONTRACTUAL SERVICES REFUSE AND RECYCLING COLLECTION VILLAGE OF CASSOPOLIS 117 S. Broadway, Suite 100 Cassopolis, MI 49031

REQUEST FOR PROPOSALS FOR CONTRACTUAL SERVICES REFUSE AND RECYCLING COLLECTION VILLAGE OF CASSOPOLIS 117 S. Broadway, Suite 100 Cassopolis, MI 49031 REQUEST FOR PROPOSALS FOR CONTRACTUAL SERVICES REFUSE AND RECYCLING COLLECTION VILLAGE OF CASSOPOLIS 117 S. Broadway, Suite 100 Cassopolis, MI 49031 Sealed proposals are invited and will be received by

More information

SUPPLIER - TERMS AND CONDITIONS Materials and Goods

SUPPLIER - TERMS AND CONDITIONS Materials and Goods SUPPLIER - TERMS AND CONDITIONS Materials and Goods 1. BINDING EFFECT; ACCEPTANCE. This purchase order and all subsequent purchase orders delivered by Buyer to Seller (each, an "order"), shall be governed

More information

Village of Upper Brookville Garbage Hauler Business License and Permit Application For the Year 2019

Village of Upper Brookville Garbage Hauler Business License and Permit Application For the Year 2019 New Application Renewal Application Return to: Village Clerk/Treasurer Village of Upper Brookville P.O. Box 548 Oyster Bay, NY 11771 Village of Upper Brookville Garbage Hauler Business License and Permit

More information

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS I N V I T A T I O N T O B I D B I D # 1 0-17 FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent DOOR AND WINDOW REPLACEMENT

More information

ATTACHMENT B SALE # CGS4 GENERAL PURPOSE. PowerGyp70 CGS SALES AGREEMENT By and Between SOUTH CAROLINA PUBLIC SERVICE AUTHORITY And

ATTACHMENT B SALE # CGS4 GENERAL PURPOSE. PowerGyp70 CGS SALES AGREEMENT By and Between SOUTH CAROLINA PUBLIC SERVICE AUTHORITY And ATTACHMENT B SALE # CGS4 GENERAL PURPOSE PowerGyp70 CGS SALES AGREEMENT By and Between SOUTH CAROLINA PUBLIC SERVICE AUTHORITY And THIS POWERGYP70-CGS SALES AGREEMENT (the Agreement ) is entered into as

More information

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project Document A105 2007 Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

Dayton Truck Meet 2019 Vendor Agreement

Dayton Truck Meet 2019 Vendor Agreement Dayton Truck Meet 2019 Vendor Agreement This Vendor Agreement is made effective as of, by and between Truck Fever LLC ("Truck Fever") of PO Box 62641, Fort Myers, Florida 33906, and ("Vendor")of,,. WHEREAS,

More information

Town of Islip Housing Authority Bid Specifications Waste removal

Town of Islip Housing Authority Bid Specifications Waste removal Town of Islip Housing Authority Bid Specifications Waste removal THE TOWN OF ISLIP HOUSING AUTHORITY is hereby soliciting proposals for the collection, removal and disposal of all solid waste from its

More information

CITY OF GRAND HAVEN GRAND HAVEN, MICHIGAN DEPARTMENT OF PUBLIC WORKS WATER TREATMENT

CITY OF GRAND HAVEN GRAND HAVEN, MICHIGAN DEPARTMENT OF PUBLIC WORKS WATER TREATMENT April 16, 2018 REQUEST FOR PROPOSALS TO CONVERT EXISTING FLORESCENT LIGHTING TO LED LIGHTING AT THE NORTHWEST OTTAWA PLANT The City of Grand Haven will accept proposals from electrical contractors for

More information

AGREEMENT WITNESSETH :

AGREEMENT WITNESSETH : AGREEMENT This agreement is made and entered into at Davis, California, on August 1, 1993 by and between the CITY OF DAVIS, a Municipal Corporation, hereinafter referred to as "CITY", and DAVIS WASTE REMOVAL

More information

EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES

EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES This agreement ("Agreement"), dated as of, 2018 ( Effective Date ) is by and between the Sonoma County Waste Management Agency, (hereinafter

More information

Sacramento Regional Solid Waste Authority (SWA)

Sacramento Regional Solid Waste Authority (SWA) SACRAMENTO REGIONAL SOLID WASTE AUTHORITY Sacramento Regional Solid Waste Authority (SWA) APPLICATION for CERTIFICATION or ANNUAL RECERTIFICATION as a C&D SORTING FACILITY SECTION A: Applicant Information

More information

Goal General Terms and Conditions

Goal General Terms and Conditions Appendices: Appendix A Goal General Terms and Conditions I. LEGAL STATUS The Vendor shall be considered as having the legal status of an independent contractor vis-à-vis GOAL. The Vendor, its personnel

More information

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

More information

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018, CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION THIS AGREEMENT, made this day of, 2018, signed between Nampa & Meridian Irrigation District, hereafter referred to as "NMID" and, of (address), hereinafter

More information

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent INVITATION TO BID The City of Rochester, New Hampshire is accepting sealed bids for Tree Pruning & Removal Bids must be submitted to the City at the address below in a sealed envelope plainly marked as

More information

PECAN GROVE MUNICIPAL UTILITY DISTRICT P.O. Box 1149 Richmond, Texas

PECAN GROVE MUNICIPAL UTILITY DISTRICT P.O. Box 1149 Richmond, Texas PECAN GROVE MUNICIPAL UTILITY DISTRICT P.O. Box 1149 Richmond, Texas 77406-1149 281-238-5000 Dear New Customer: Welcome to the Pecan Grove Municipal Utility District. The following information is being

More information

I. INTRODUCTION I. GENERAL INFORMATION

I. INTRODUCTION I. GENERAL INFORMATION FRANKLIN COUNTY SOLID WASTE MANAGEMENT DEPARTMENT LOUISBURG, NORTH CAROLINA REQUEST FOR PROPOSAL MANAGEMENT/SUPERVISION OF THE FRANKLIN COUNTY SOLID WASTE CONVENIENCE CENTERS I. INTRODUCTION The Franklin

More information

WASTE CONTRACTS BOOTCAMP Aug. 23, 2018 Discussion Material Contract Language

WASTE CONTRACTS BOOTCAMP Aug. 23, 2018 Discussion Material Contract Language WASTE CONTRACTS BOOTCAMP Aug. 23, 2018 Discussion Material Contract Language Scope of Work Contractor shall furnish all labor, tools, equipment and materials, supplies and services that may be necessary

More information

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207) Page 1 of 9 Bid #10-18 Sealed bids for purchase of a replacement Sound System for the South Portland High School Auditorium, for the City of South Portland, Maine, as specified below, in the Specifications

More information

SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA

SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA 1. SCOPE AND PURPOSE The City of Kerman intends to prepare an RFP for street sweeping

More information

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS REQUEST FOR PROPOSAL No. 2018-621 RESIDENTIAL CURBSIDE TEXTILE RECYCLING SERVICE The City of Conroe is seeking proposals from qualified firms

More information

THE STATE OF TEXAS Landscape Maintenance and Use Agreement COUNTY OF TARRANT

THE STATE OF TEXAS Landscape Maintenance and Use Agreement COUNTY OF TARRANT THE STATE OF TEXAS Landscape Maintenance and Use Agreement COUNTY OF TARRANT THIS LANDSCAPE MAINTENANCE AND USE AGREEMENT (hereinafter referred to as "Agreement") is made and entered into on this day of,

More information

VACANT/ABANDONED PROPERTY GRASS CUTTING Request for Proposals

VACANT/ABANDONED PROPERTY GRASS CUTTING Request for Proposals VACANT/ABANDONED PROPERTY GRASS CUTTING Request for Proposals CITY OF FAIRFIELD BUILDING & ZONING DIVISION 5350 PLEASANT AVENUE FAIRFIELD, OH 45014 (513) 867-5318 FAX: (513) 867-5310 Job Description: Grass

More information

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

More information

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921 THIS IS NOT AN ORDER!! DATE: April 19, 2013 REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921 R.F.Q. NO. 14-02 Return quotes to: Tanya Adams, Recycling Coordinator

More information

Town of Highlands Board Approved as of May 17, 2012

Town of Highlands Board Approved as of May 17, 2012 TOWN OF HIGHLANDS INTERCONNECTION AGREEMENT FOR SMALL PHOTOVOLTAIC GENERATION FACILITY OF 10 kw OR LESS This PHOTOVOLTAIC INTERCONNECTION AGREEMENT FOR SMALL GENERATION 10 kw or less (the Agreement ),

More information

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 TOWN OF HOPKINTON WINTER SAND Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS AND SPECIFICATIONS WINTER SAND BID INFORMATION

More information

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL FINANCE DEPARTMENT I N V I T A T I O N T O B I D GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent BID #33-16 RECONSTRUCTION OF RETAINING

More information

COUNTY OF OSWEGO PURCHASING DEPARTMENT

COUNTY OF OSWEGO PURCHASING DEPARTMENT COUNTY OF OSWEGO PURCHASING DEPARTMENT BID #4-10 - SALE OF FERROUS METALS County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com Fred M. Maxon,

More information

a. Article(s) Goods and/or services described on the face of the Purchase Order

a. Article(s) Goods and/or services described on the face of the Purchase Order TERMS AND CONDITIONS LIBERTY MUTUAL STANDARD TERMS AND CONDITIONS V. 5.0 1. DEFINITIONS a. Article(s) Goods and/or services described on the face of the Purchase Order b. Customer Liberty Mutual Insurance

More information

REQUEST FOR PROPOSALS FOR MUNICIPAL SOLID WASTE, RECYCLING AND LANDSCAPE WASTE COLLECTION SERVICES

REQUEST FOR PROPOSALS FOR MUNICIPAL SOLID WASTE, RECYCLING AND LANDSCAPE WASTE COLLECTION SERVICES REQUEST FOR PROPOSALS FOR MUNICIPAL SOLID WASTE, RECYCLING AND LANDSCAPE WASTE COLLECTION SERVICES THE CITY OF BLUE ISLAND ISSUED: APRIL 7, 2017 PROPOSALS DUE: FRIDAY, APRIL 28, 2017 AT 12:00 P.M. TABLE

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services City of Portsmouth Portsmouth, New Hampshire Department of Public Works Plumbing and Heating Repair Services INVITATION TO BID Sealed bid proposals, plainly marked, (Plumbing and heating Repair Services

More information

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM CONTRACT FOR WEATHERIZATION SERVICES BETWEEN THE OF Agency name (Hereinafter referred to as the "Agency") AND Contractor name (Hereinafter referred to as the "Contractor") FOR CONTRACT # GRANT AGREEMENT

More information

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 MISSAUKEE COUNTY PO BOX 800 LAKE CITY MI 49651 (231) 839-4967 November 30,

More information

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office and

More information

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties. SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office

More information

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance. INVITATION TO BID Notice to Bidders: Bids will be received by the Port of Shelton, 21 W Sanderson Way, Shelton, WA 98584 for the following work order: Work Order: Enter # and Name Here Pre-Bid Showing:

More information

AEROS, Inc. Standards Terms and Conditions of Sale

AEROS, Inc. Standards Terms and Conditions of Sale AEROS, Inc. Standards Terms and Conditions of Sale The following Terms and Conditions apply to AEROS, Inc. sales transactions and are incorporated by reference into all sales of Goods by AEROS to Customers.

More information

CITY OF SOUTHAVEN, MISSISSIPPI RUBBISH COLLECTION SERVICES

CITY OF SOUTHAVEN, MISSISSIPPI RUBBISH COLLECTION SERVICES CITY OF SOUTHAVEN, MISSISSIPPI RUBBISH COLLECTION SERVICES SPECIFICATIONS Darren Musselwhite Mayor Board of Aldermen Kristian Kelly Shirley Kite George Payne Joel Gallagher Scott Ferguson Raymond Flores

More information

TOWN OF ATKINSON, NH

TOWN OF ATKINSON, NH TOWN OF ATKINSON, NH OFFICE OF THE SELECTMEN 21 Academy Avenue Atkinson, NH03811 603-362-5266 Request for Sealed Proposals Municipal Solid Waste (MSW) and Recycling Contract for the Collection, Transportation

More information

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling TOWN OF BARNSTABLE INVITATION FOR BID Barnstable School Department Hyannis, MA Refuse Collection and Disposal and Recycling May 30, 2013 IFB Due: 7/10/13, no later than 2 pm It is the responsibility of

More information

CITY OF HURON OHIO. INVITATION TO BID Residential Solid Waste Collection, Disposal, and Recycling Services

CITY OF HURON OHIO. INVITATION TO BID Residential Solid Waste Collection, Disposal, and Recycling Services CITY OF HURON OHIO INVITATION TO BID Residential Solid Waste Collection, Disposal, and Recycling Services ISSUED BY City of Huron Monday, January 16, 2017 BID OPENING Friday February 17, 2017 Huron City

More information

BID SPECIFICATIONS FOOD/NOVELTY AND FUEL (WITH FACILITY) CONCESSION

BID SPECIFICATIONS FOOD/NOVELTY AND FUEL (WITH FACILITY) CONCESSION BID SPECIFICATIONS FOOD/NOVELTY AND FUEL (WITH FACILITY) CONCESSION Leonardo State Marina ( Leonardo ), Leonardo, New Jersey SCOPE OF CONCESSION A. The Concessionaire shall be granted the exclusive right

More information

FRESENIUS KABI USA, LLC GENERAL TERMS AND CONDITIONS FOR THE SUPPLY OF GOODS AND SERVICES

FRESENIUS KABI USA, LLC GENERAL TERMS AND CONDITIONS FOR THE SUPPLY OF GOODS AND SERVICES FRESENIUS KABI USA, LLC GENERAL TERMS AND CONDITIONS FOR THE SUPPLY OF GOODS AND SERVICES 1. General Terms: These General Terms and Conditions shall apply to and be incorporated by this reference in all

More information

STANDARD INTERCONNECTION AGREEMENT Fayetteville Public Works Commission

STANDARD INTERCONNECTION AGREEMENT Fayetteville Public Works Commission STANDARD INTERCONNECTION AGREEMENT Fayetteville Public Works Commission This STANDARD INTERCONNECTION AGREEMENT, (the Agreement ), is entered into this day of, 20 by and between, hereinafter called Customer

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

7/14/16. Hendry County Purchase Order Terms and Conditions

7/14/16. Hendry County Purchase Order Terms and Conditions Hendry County Purchase Order Terms and Conditions 1. Offer The order set forth in the Purchase Order is subject to cancellation by HENDRY COUNTY without notice if not accepted by VENDOR within fourteen

More information

CONSTRUCTION AGREEMENT/CONTRACT

CONSTRUCTION AGREEMENT/CONTRACT Contract Number: Office Use Only 2233 Citygate Drive Columbus, Ohio 43219 614.418.7725 tel 614.418.7720 fax www.creativehousing.org CONSTRUCTION AGREEMENT/CONTRACT Between: For the Project: Creative Housing,

More information

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time) ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB

More information

OMNI SYSTEMS, INC. STANDARD TERMS AND CONDITIONS OF SALE

OMNI SYSTEMS, INC. STANDARD TERMS AND CONDITIONS OF SALE 24400 Highland Rd Richmond Heights OH 44143 216-377-5160 (Phone) http://www.omnisystem.com OMNI SYSTEMS, INC. STANDARD TERMS AND CONDITIONS OF SALE This document sets forth the terms and conditions for

More information

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

More information

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

More information

RICE UNIVERSITY SHORT FORM CONTRACT

RICE UNIVERSITY SHORT FORM CONTRACT RICE UNIVERSITY SHORT FORM CONTRACT This Rice University Short Form Contract (this Contract ) is entered into by and between WILLIAM MARSH RICE UNIVERSITY, a Texas non-profit corporation (the University

More information

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Contractor Address Address City, Zip Work Phone Number: Cell Phone Number:

More information

ARTICLE 1 ARTICLE 3 CONTRACTOR THE SUBCONTRACT DOCUMENTS ARTICLE 2 MUTUAL RIGHTS AND RESPONSIBILITIES

ARTICLE 1 ARTICLE 3 CONTRACTOR THE SUBCONTRACT DOCUMENTS ARTICLE 2 MUTUAL RIGHTS AND RESPONSIBILITIES ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) this Agreement; (2) the prime Contract, consisting of the Agreement between the Owner and Contractor and the other Contract

More information

Sacramento Regional Solid Waste Authority (SWA)

Sacramento Regional Solid Waste Authority (SWA) SACRAMENTO REGIONAL SOLID WASTE AUTHORITY Sacramento Regional Solid Waste Authority (SWA) APPLICATION for CERTIFICATION or ANNUAL RECERTIFICATION as a PUTRESCIBLE ORGANICS FACILITY SECTION A: Applicant

More information

GENERAL: WITNESSETH: That the said Contractor and the said District, for consideration hereinafter named agree as follows: DESCRIPTION OF WORK:

GENERAL: WITNESSETH: That the said Contractor and the said District, for consideration hereinafter named agree as follows: DESCRIPTION OF WORK: GENERAL: This Contract made and entered into this day of, 2013, by and between the Sundown Sanitary Sewer District, hereinafter called "District", and, hereinafter called "Contractor", duly authorized

More information

THE VILLAGE OF NORTH PERRY, OHIO BID DOCUMENTS FOR CURBSIDE GARBAGE AND RUBBISH PICKUP SERVICES AND / OR ALTERNATE FOR CURBSIDE RECYCLING

THE VILLAGE OF NORTH PERRY, OHIO BID DOCUMENTS FOR CURBSIDE GARBAGE AND RUBBISH PICKUP SERVICES AND / OR ALTERNATE FOR CURBSIDE RECYCLING THE VILLAGE OF NORTH PERRY, OHIO BID DOCUMENTS FOR CURBSIDE GARBAGE AND RUBBISH PICKUP SERVICES AND / OR ALTERNATE FOR CURBSIDE RECYCLING ED KLCO MAYOR LYNN C. KARY FISCAL OFFICER BID OPENING DATE: OCTOBER

More information

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION 1.1 General: The intent of these specifications is to provide the Town

More information

Tacoma Power Conservation Contractor Agreement

Tacoma Power Conservation Contractor Agreement Tacoma Power THIS AGREEMENT is made and entered into this day of, 2012 ( Effective Date ) by and between the City of Tacoma, Department of Public Utilities, Light Division, Tacoma Power (hereinafter referred

More information

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL RFP #14-03 Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM PUR960 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HVAC System Maintenance and Repair MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM The City of Rock Hill, South Carolina is seeking

More information

ORDINANCE NO. Whereas, (the Franchisee ) has the necessary equipment, personnel and experience to properly perform the collection; and

ORDINANCE NO. Whereas, (the Franchisee ) has the necessary equipment, personnel and experience to properly perform the collection; and ORDINANCE NO. AN ORDINANCE OF THE CITY OF MAITLAND, FLORIDA, GRANTING A NON EXCLUSIVE FRANCHISE TO PROVIDE ROLL OFF CONTAINER COLLECTION AND DISPOSAL OF WASTE WITHING THE CITY OF MAITLAND, FLORIDA; OUTLINING

More information

Whereas the Contractor has entered into an agreement (the "Prime Contract") dated the, 20 with:

Whereas the Contractor has entered into an agreement (the Prime Contract) dated the, 20 with: SUBCONTRACT Job AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR This subcontract agreement (the "Agreement") made on this day of, 20. between: Aim Waste Management Inc. 400 Jones Road Stoney Creek, ON L8E

More information

REQUEST FOR PROPOSALS FOR THE MANAGEMENT AND OPERATIONS OF THE RIVERFRONT PARKING GARAGE 35 MONROE AVE. MEMPHIS, TN 38103

REQUEST FOR PROPOSALS FOR THE MANAGEMENT AND OPERATIONS OF THE RIVERFRONT PARKING GARAGE 35 MONROE AVE. MEMPHIS, TN 38103 REQUEST FOR PROPOSALS FOR THE MANAGEMENT AND OPERATIONS OF THE RIVERFRONT PARKING GARAGE 35 MONROE AVE. MEMPHIS, TN 38103 Part I. PROCEDURE FOR SUBMITTING PROPOSAL 1.1 SCOPE : Contractor to manage the

More information

HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000)

HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000) HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000) THIS CONTRACT is by and between the Stockbridge-Munsee Community ( TRIBE ), for its Division of Community Housing, whose address is N8618 Oak St.,

More information

MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES

MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES Notice is hereby given that sealed proposals will be received at the Finance Department,

More information

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR CONTRACTOR S COPY SUBCONTRACT NO. Alberta Standard Construction Subcontract THIS AGREEMENT made this day of, A.D. 20 BETWEEN name (hereinafter called the

More information

PURCHASE ORDER ACKNOWLEDGEMENT

PURCHASE ORDER ACKNOWLEDGEMENT PURCHASE ORDER These Terms and Conditions shall apply to this Purchase Order attached hereto as Exhibit A and to all subsequent transactions (whether or not a Purchase Order is used) between Marquette

More information

RESOLUTION EXHIBIT A NON-EXCLUSIVE FRANCHISE AGREEMENT

RESOLUTION EXHIBIT A NON-EXCLUSIVE FRANCHISE AGREEMENT RESOLUTION 2015-128 EXHIBIT A NON-EXCLUSIVE FRANCHISE AGREEMENT This Franchise Agreement ( the Agreement ) is entered into this 12th day of January, 2016, by and between the City of Fernandina Beach, a

More information

FIXTURE TERMS & CONDITIONS Materials & Goods

FIXTURE TERMS & CONDITIONS Materials & Goods FIXTURE TERMS & CONDITIONS Materials & Goods 1. BINDING EFFECT; ACCEPTANCE. This purchase order and all subsequent purchase orders delivered by Supplier to The Pep Boys Manny, Moe & Jack, and its affiliates,

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT

More information

City of Loveland, Ohio

City of Loveland, Ohio City of Loveland, Ohio Request for Proposal (RFP) Information Technology (IT) Managed Services Provider Proposals are due by 4:30 PM, November 1, 2017 The City of Loveland is inviting qualified Information

More information

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) MAIL BIDS TO: FLORIDA KEYS AQUEDUCT AUTHORITY 7000 Front St. (Stock Island) KEY WEST, FLORIDA 33040 (No

More information

Bids are due by 10:30 a.m. local time, Friday March 31, Sealed bids may be mailed or brought in person to:

Bids are due by 10:30 a.m. local time, Friday March 31, Sealed bids may be mailed or brought in person to: The City of Farmington is accepting bids for EXCAVATION AND HAULING and your company is invited to submit a proposal. Bids are due by 10:30 a.m. local time, Friday March 31, 2017. Sealed bids may be mailed

More information

INVITATION TO BID. Sealed Bid, Fire Sprinkler Service. Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

INVITATION TO BID. Sealed Bid, Fire Sprinkler Service. Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent INVITATION TO BID The City of Rochester, New Hampshire is accepting sealed bids for Fire Sprinkler Service. Bids must be submitted in a sealed envelope plainly marked: Sealed Bid, Fire Sprinkler Service

More information

Request for Bids, Addendum #3 Garbage & Recycling Services at Multiple Properties RFB No. 08/18-370

Request for Bids, Addendum #3 Garbage & Recycling Services at Multiple Properties RFB No. 08/18-370 Request for Bids, Addendum #3 Garbage & Recycling Services at Multiple Properties RFB No. 08/18-370 Addendum #3 issued 09/13/2018 Bids are to be hand delivered to the address below on 09/20/2018 by 10:00

More information

Request For Proposal Bid # Solid Waste Collection, Disposal And Recycling Services

Request For Proposal Bid # Solid Waste Collection, Disposal And Recycling Services Request For Proposal Bid #2019-02-14 Solid Waste Collection, Disposal And Recycling Services Purpose/Objectives The City of Forsyth (hereinafter, City ) has issued this Request For Proposal (hereinafter,

More information